Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2003 FBO #0624
SOLICITATION NOTICE

66 -- Oscilloscope Calibration Workstation

Notice Date
8/13/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities 235 Byron St,, Warner Robins, GA, 31098-1611
 
ZIP Code
31098-1611
 
Solicitation Number
F0960373262
 
Response Due
8/27/2003
 
Archive Date
9/11/2003
 
Point of Contact
Debi Weems, Contract Specialist, Phone (478) 926-7702, Fax (478) 926-7452, - Wilma Felton, Contract Specialist, Phone (478)926-7702 , Fax (478)926-7452,
 
E-Mail Address
Debi.Weems@robins.af.mil, Wilma.Felton@robins.af.mil
 
Description
DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation number F0960373262 is issued as a request for proposal (RFP) and will result in a Firm Fixed price contract. The requested delivery date is 31 Oct 2003. Award will be made on an all or none basis. Award date is expected to be not later than 30 Sep 2003. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-15. The NAICS Code assigned to this project is 334515, the size standard is 500 employees. The requirement is for a quantity of two each, FMS requirement (one to Brazil and one to Saudi Arabia) purchased through Warner Robins Air Logistics Group. The contract line item number is: CLIN 0001 ? Oscilloscope Calibration System, Fluke Model 5500A-SC-600 or equivalent accompanied by Technical Information Package and Technical Manuals. This Purchase Description (PD) # WR03LEEC110 describes an automated upgradeable oscilloscope calibration workstation with an amplitude of +/- 200 Volts DC into a 1 Meg ? load with an accuracy of +/- 0.025% + 25 ?volts. This purchase description lists the minimum performance, design, functional environmental, reliability requirements and quality assurance provisions for an oscilloscope calibration system. This oscilloscope calibrator must be brand name or equal to the Fluke 9500B/1100 model oscilloscope calibrator with one 9530 150ps and 500ps pulse risetime and 3.2GHz capable active head. The AC characteristic of operation shall include leveled sinesine to a maximum of 1.1 GHz and rise time capability to <150ps. This system shall be designed in a manner with the capability to be upgradeable to a minimum of 6.4GHz with enhanced parameters at a later date. Salient Characteristics: The equipment shall be capable of operation and bid sample testing, if so requested, within the accuracies, limits, and specifications herein. Classification: Equipment covered by this PD may be commercially available equipment modified to the extent necessary to meet the following description. The equipment shall be Class 4 in accordance with MIL-PRF-28800. Order of Precedence: In the event of a conflict between the text of this PD and the references cited herein (except for associated detail specifications), specification sheets or MS standards the text of this PD shall take precedence. Nothing in this PD, however, shall supersede applicable laws and regulations unless a specific exemption has been obtained. Safety and Environmental: The equipment shall meet all safety and environmental requirements as specified in MIL-PRF-28800 for the classification as stated herein. Mean Time Between Failures (MTBF): The equipment Mean Time Between Failures (MTBF) shall be a minimum of 4,000 hours. Pre-Conditioning Requirement: Each deliverable equipment shall be capable of being subjected to the environmental screening effects of burn in and thermal cycling, with thermal cycling being accomplished in the sample testing phase. Calibration and Maintenance Adjustments: The design of the system shall provide for readily accessible calibration and maintenance adjustments. These adjustments shall be provided by variable value components, which are adjustable, by the use of simple means. The calibration by substitution of selected components or parts is unacceptable unless specifically approved. The calibration adjustments, wherever possible, shall be accessible without removal of the instrument case or modules. The calibration interval shall be a period of one year or greater, based on an operating time of 2000 hours per year. Performance Characteristics - Salient Features This instrument shall have the following salient parameters/features. DC Voltage Operation /Voltage Amplitude This instrument shall have the capability of producing a DC voltage for calibration purposes of from +/1 mVDC to 200 VDC into a 1 Meg ? load. Alternatively, this instrument shall have the capability of producing a DC voltage for calibration purposes of from +/1 mVDC to 5 VDC into a 50 ? load. DC Voltage Accuracy This instrument shall have a DC voltage accuracy of +/- 0.025% + 25 ?volts. DC Voltage Ranging This instrument shall have a DC voltage range of 1, 2, 5 or 1, 2, 2.5, 4, 5 or a continuous integers rating. DC Voltage Deviation This instrument shall have a DC voltage deviation of +/- 1.2%. Squarewave Output Parameters: Squarewave Output Amplitude This instrument shall have an amplitude range of 40 ?volts to 200 Volts p-p into a 1 Meg ? load or 40 ?volts to 5 Volts p-p into a 50 ? load. The squarewave?s polarity may be positive, negative or symmetrical about ground. The ranging shall be DC voltage range of 1, 2, 5 or 1, 2, 2.5, 4, 5 or a continuous integers rating but for a square wave output, with a deviation also equal to a DC voltage deviation of +/- 1.2%. Squarewave Output Rise/Fall Time This instrument shall have a squarewave rise/fall time below 100 volts or below of < 150 nanoseconds, or have a squarewave rise/fall time at >= 100 volts of < 200 nanoseconds. Squarewave Output Aberrations This instrument shall have a squarewave aberration <2% peak for first 500ns; <0.1% after 500ns; and <0.01% after 100us.?. Squarewave Output Frequency This instrument shall have a squarewave output frequency range of 10 Hz to 100 kHz at an accuracy of +/- 0.25 ppm with ranging of 1, 2, 5 or 1, 2, 2.5, 4, 5 or a continuous integers rating. Low-Edge Pulse Parameters Low-Edge Pulse Amplitude This instrument shall have an amplitude range of 5 millivolts to 3 Volts p-p into a 50 ? load with an accuracy of + 50 picoseconds to ? 150 picoseconds. The ranging shall be DC voltage range of 1, 2, 5 or 1, 2, 2.5, 4, 5 or a continuous integers rating. Low-Edge Pulse Rise/Fall Time This instrument shall have a rise/fall time on the low-edge pulse of 150 picoseconds return to ground. Low-Edge Pulse Mark/Space Ratio This instrument shall have a low-edge pulse mark-to-space ratio of 1:9. Low-Edge Pulse Aberration into a VSWR of 1.2 : 1 This instrument shall have a pulse aberration at this stated VSWR of < +/- 2% peak in 8 GHz and < +/- 1.5% peak in 3 GHz for the first 10 nanoseconds. Low-Edge Pulse Frequency This instrument shall have a frequency range of on this type of signal 10 Hz to 2 MHz with an accuracy of +/- 0.25 ppm with ranging that is a DC voltage range of 1, 2, 5 or 1, 2, 2.5, 4, 5 or a continuous integers rating. High-Edge Pulse Amplitude This instrument shall have an amplitude range of 1 millivolts to 200 Volts p-p into a 1 M? load or 1 millivolts to 5 Volts p-p into a 50 ? load with an accuracy of +/- 3%. The ranging shall be DC voltage range of 1, 2, 5 or 1, 2, 2.5, 4, 5 or a continuous integers rating. High-Edge Pulse Rise/Fall Time This instrument shall have a rise/fall time on the high-edge pulse of an amplitude of < 100 volts at < 150 nanoseconds or > or = 100 volts at < 200 nanoseconds return to ground. High-Edge Pulse Mark/Space Ratio This instrument shall have a high-edge pulse mark-to-space ratio of 1:1. High-Edge Pulse Aberration This instrument shall have a pulse aberration of < +/- 2% peak for the first 500 nanoseconds. High-Edge Pulse Frequency This instrument shall have a frequency range of on this type of signal 10 Hz to 100 kHz with an accuracy of +/- 0.25 ppm with ranging that shall be the same as the DC voltage rating. Timing Markers The following parameters apply to timing markers. Styles There shall be the choice of three types, as follows: 1) Square/Sinewave 2) Pulse or 3) A Narrow Triangle. Square/ Sinewave The period on a squarewave marker shall be from 10 nanoseconds to 55 seconds. The period on a sinewave marker shall be from 450 picoseconds to 9.009 nanoseconds. Pulsed The period on a pulsed timing marker shall be from 1.0 microseconds to 55 seconds, with a risetime and falltime of typically 1 nanosecond. Narrow Triangle The period on a narrow triangle timing marker shall be from 1.0 microseconds to 55 seconds, with a risetime and falltime of typically 2.5% of the period. Ranging This shall be 1, 2, 5 or 1, 2.5, 4, 5 or continuous for a period of all of the waveshapes listed in this purchase description. Timing Jitter This shall be less than 10 picoseconds pk-pk with time window less than 100 nanoseconds, less than 100 picoseconds pk-pk with time window less than 100 microseconds and less than 1000 picoseconds pk-pk with time window less than 10 milliseconds. Deviation This shall be +/- 45% for the period. Amplitude This shall be 100 mV to 1 Volt peak-to-peak. Sub-Division Every tenth marker can be set to higher amplitude for period +/- 1 ?seconds for all waveforms. Accuracy Nominally, this parameter shall be +/- 0.25 ppm. Leveled Sine Function Parameters: Frequency Range This shall be 0.1 Hz to 1.1 GHz. Amplitude Peak-to-Peak Into a 50 ? Load From 0.1 Hz to 550 MHz this shall be 5 mV to 5 Volts. From 550 MHz to 1.1 GHz this shall be 5 mV to 3 Volts. Accuracy This shall be +/- 1.5% at a single reference rate of 50 kHz to 10 MHz. Flatness Reference Frequency Into VSWR of 1.6:1 (1.2:1) This shall be 0.1 Hz to 300 MHz +/- 2%. From 300 MHz to 550 MHz this shall be 3% (+/- 2.5%), from 550 MHz to 1 GHz this shall be 4% (+/- 3.5%). Harmonic Purity This shall be less than -35 dBc on the second harmonic and less than -40 dBc at the third harmonic in 12 GHz. Non and Subharmonic Purity This shall be less than -40 dBc. Dual Sine Function Parameters: Frequency Range This shall be 0.1 Hz to 1.1 GHz Note: Not relevant for single head configurations . Capacitance Measurement Versus Accuracy This shall be as follows: From 1 pF to 35 pF this shall be +/- 2% +/- 0.25 pF and from 35 pF to 95 pF this shall be +/- 3% +/- 0.25 pF. Pulse Width Function Parameters (These shall not be available with use of an active head): Pulse Width This shall be 1 nanosecond to 100 nanoseconds. Pulse Width Accuracy This shall be less than 5% +/- 200 picoseconds. Adjustment Resolution This shall be less than 50 picoseconds from 1 nanoseconds to 4 nanoseconds. This shall be less than 250 picoseconds from 4 nanoseconds to 20 nanoseconds. And, this shall be less than 1 nanoseconds from 20 nanoseconds to 200 nanoseconds. Rise and Fall Times This shall be less than 450 picoseconds. Aberrations This shall be less than +/- 5% peak typical. Stability This shall be less than 10 picoseconds peak-to-peak over 10 minutes per degree Celsius. Jitter (Trigger) This shall be less than 5 picoseconds peak-to-peak. Frequency This shall be 1 kHz to 1 MHz. Amplitude This shall be 1 Volt peak-to-peak into 50 ?. Other Output Options? Parameters Magnitude of DC Current This shall be +/- 100 ?A to +/- 100 mA. Accuracy of DC Current This shall be (0.25% + 5 ?A). Duty Cycle Symmetry of Current Squarewaves This shall be 50% centered about ground. Rise Time and Aberrations of Current Squarewaves: This shall be less than 150 nanoseconds and less than 2% peak. Composite Video Parameters: Amplitude This shall be1.0 volt peak-to-peak. Pattern (Full Raster) This shall be white, grey or black. Sync Polarity This shall be positive or negative. Standards This shall be 625-lines 50 Hz or 525-lines 60 Hz.Trigger Output This shall be composite sync or odd field starting. Signal Routing This shall be through an SMA connector mounted on the rear panel as a passive input and also a switched 50 ? path to any active head that may be attached. Maximum Input Signal This shall be up to +/- 40 volts peak-to-peak, or +/- 400 mA peak-to-peak. Insertion Loss into 50 ? This shall be less than 2.5 dB up to 100 MHz, less than 4 dB up to 500 MHz, and less than 6.0 dB up to 1.0 GHz. Reference Frequency Ranges This shall be as follows: 1) 1 MHz to 20 MHz in 1 MHz steps at the BNC input and 2) 1 MHz or 10 MHz at the BNC output. Lock Range of Reference Frequency This shall be +/- 50 ppm. Environmental Associated Parameters Operating Temperature This shall be 5 ?C to 40 ?C. Non-Operating Temperature This shall be 0 ?C to 50 ?C. Operating Humidity Range This shall be at less than 90% RH - 5 ?C to 30 ?C and non-condensing less than 75% RH 30 ?C to 40 ?C. Non-Operating Humidity Range This shall be at less than 95% RH - 0 ?C to 50 ?C. AC Line Voltage: This shall be 95 volts to 132 volts rms or 209 volts to 264 volts rms. AC Line Frequency: This shall be 48 Hz to 63 Hz. Power Consumption: This shall be equal to or less than 400 Volt-Amperes. Warm Up Time: This shall be up to 20 minutes. Dimensions: These shall be no greater than H x W x D of 5.5 inches, 17 inches and 17.5 inches. Weight These shall be no greater than 30 pounds. Warranty Period: These shall be one year. Contractor Certification: The contractor shall certify and maintain substantiating evidence that the product offered meets the salient characteristics of this Commercial Item Description and that the product conforms to the producer's own drawings, specifications, standards and quality assurance practices. The Government reserves the rights to require proof of such conformance before first delivery and thereafter as may be otherwise provided for under the provisions of the contract. Operation and Maintenance Manuals: The contractor shall supply, at no cost to the Air Force, two operation manuals. Metric Products: Products manufactured to metric dimensions will be considered on an equal basis with those manufactured using inch-pound units, provided they fall within the tolerances specified in the inch/pound units. A request should be made to the contracting officer to determine if the product is acceptable. The contracting officer has the option of accepting or rejecting the product. If a product is manufactured to metric dimensions and those dimensions exceed the tolerances specified in the inch/pound units, a request should be made to the contracting officer to determine if the product is acceptable. The contracting officer has the option of accepting or rejecting the product. Regulatory Requirements: In accordance with Section 23.04 of the Federal Acquisition Regulation, the Government's policy is to acquire items composed of the highest percentage of recovered materials where practical. These are consistent with maintaining a satisfactory level of competition without adversely affecting performance requirements or exposing the supplier's employees to undue hazards from the recovered materials. Preservation, Packaging, Labeling, and Marking: The preservation, packaging, packing, labeling, and marking shall be as specified in the contract or order. Notes. MIL-PRF-28800 Test Equipment for use with Electrical and Electronic Equipment, General Specification for MIL-PRF-28800 is available from the Naval Publications and Forms Center, 5801 Tabor Avenue, Philadelphia, PA 19120-5099. The technical information package must include Test reports or other data in contractor format substantiating that the model number/part number offered conforms to all salient characteristics described in the commercial item description (CID) referred to as the Technical Documentation (TD). TD content requirements and test parameters are invoked either by the MIL-PRF-28800 Class designated by the TD. Performance testing data, certificate of NIST trace ability and data substantiating the following environmental requirements shall be provided when invoked by the Technical Documentation and /or MIL-PRF-28800. Temperature and humidity; temperature, not operating; temperature, operating; relative humidity; altitude, not operating; altitude, operating; vibration random; vibration, sinusoidal; bounce, loose cargo; shock, functional; shock, mechanical; transit drop; bench handling; shock, high impact; water resistance; watertight; splash proof; drip proof; fungus resistance; salt fog; salt exposure, enclosure; salt exposure, structural parts; Explosive atmosphere; dust resistance; magnetic environment; solar radiation. Data showing compliance with the TD and/or MIL-PRF-28800 for Electromagnetic Compatibility (EMC) shall be provided. Test methods and procedures are designated in MIL-PRF-28800. Data substantiating the following requirements shall be provided when invoked by the TD and/or MIL-PRF-28800. Electrical power, input power consumption, voltage and frequency variation, voltage-transient, power source interruption, acoustic noise, dimensions, weight, mechanical stability, equipment emanations, collated in the same sequence as above. INSTRUCTIONS FOR SUBMITTING TECHNICAL MANUALS: Offeror shall submit two copies of the commercial technical manuals for the proposed Oscilloscope Calibration System described in WR03LEEC110 to WR-ALC/LEK 205 Byron Street, Robins AFB GA 31098-1611 ATTN: Debi Weems. The technical manuals shall be reviewed for conformance with the content requirements in the following format: Style and Format; all text shall be legible. A cover page shall include equipment name, model number, manual issue date, manufacturer?s identification name and address, revision designator, and serial numbers for the equipment covered. A table of contents shall be provided. Content, technical manuals: Shall include sections addressing safety, general information, use and installation maintenance and service, storage, and symbols. The content of the sections shall conform to standard industry commercial requirements under those headings. Test data sheets shall be included. Calibration information shall include minimum performance specifications for all required test equipment. The contractor shall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial sale. Acceptance of the warranty does not waive the Government?s right under the inspection clause, nor does it limit the Government?s rights with regard to the other terms and conditions under this contract. In the event of a conflict the terms and conditions of the contract shall take precedence over the warranty. The warranty period shall begin upon final acceptance of the applicable deliverables listed in the schedule. The equipment shall be FOB Origin. FAR 52.212-1 Instructions to Offerors-Commercial Items (Jul 03) is incorporated by reference and applies to this acquisition. FAR 52.212-2 Evaluation ? Commercial Items (Jan 99) - The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: technical capability of the item offered to meet the Government requirement; price. Offerors shall provide back-up information supporting the price offered. This could take the form of the most recent catalog price list, invoices from previous sales of same items, etc. The offeror shall include a completed copy of the provision at FAR 52.212-3 Offeror Representation and Certifications ? Commercial Items (Jun 03) and DFARS 252.212-7000 Offeror Representations and Certifications ? with its offer. The FAR Clause 52.212-4 Contract Terms and Conditions ? Commercial Items (Feb 02) applies to this acquisition and will be incorporated into any resulting contract. The clauses at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jun 03) apply to this acquisition, specifically, the following cited clauses are applicable: 52.203-6 Restrictions on Subcontractor Sales to the Government, Alternate 1 (Oct 95), 52.219-8 Utilization of Small Business Concerns and Small Disadvantaged Business concerns (Oct 00), 52.219-14 Limitation on Subcontracting (Dec 96), 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 99), 52.222-21 Prohibition of Segregated Facilities (Feb 99), 52.222-26 Equal Opportunity (Apr 02), 52.222-35 Affirmative Action for Special Disabled Veterans and Veterans of the Vietnam Era (Dec 01), 52.222-36 Affirmative Action for Handicapped Workers (Jun 98), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (Dec 01), 52.225-3 Buy American Act Supplies (Jun 03), and 52.232-33 (Payment By) Electronic Funds Transfer (Central Contractor Registration) (May 99). The following DFARS clause and provision applies to this solicitation and is incorporated by reference: 252.212-7001 Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items (Jun 03). The Government reserves the right to award the contract without initiating discussions. Responses to this solicitation are due by 1500 hrs (3:00p.m.) on 26 Aug 03. The proposal shall be signed by an official authorized to bind the company. Offerors shall submit 1 copy of their proposal and the Representations and Certifications (FAR 52.212-3 and DFARS 252.212.7000) to be faxed to 478-926-7452 or emailed to Debi.Weems@Robins.af.mil. : Offeror shall submit two copies of the commercial technical manuals for the proposed Oscilloscope Calibration System described in WR03LEEC110 (above) to WR-ALC/LEK 205 Byron Street, Robins AFB GA 31098-1611 ATTN: Debi Weems. No telephone inquiries will be accepted.
 
Place of Performance
Address: See Combined Synopsys/Solicitation
 
Record
SN00399641-W 20030815/030813213626 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.